Loading...
Iowa DOT Preconstruction Funding Agreement - SW Arterial / US 20 West Grading Project Copyright 2014 City of Dubuque Consent Items # 18. ITEM TITLE: Iowa DOT Preconstruction Funding Agreement-Southwest Arterial -West Grading Project SUMMARY: City Manager recommending approval of a resolution authorizing the Mayor to execute the Iowa Department of Transportation Preconstruction Funding Agreement for the Southwest Arterial —West Grading Project RESOLUTION Approving the Preconstruction Funding Agreement (Agreement No. 20174-001) between the City of Dubuque and Iowa Department of Transportation for the Southwest Arterial -West Grading Project SUGGESTED DISPOSITION: Suggested Disposition: Receive and File; Adopt Resolution(s) ATTACHMENTS: Description Type Southwest Arterial West Grading Project-MVM Memo City Manager Memo Staff Memo Staff Memo Resolution Resolutions Iowa DOT Agreement(25) Supporting Documentation THE CITY OF Dubuque DUB E i" Masterpiece on the Mississippi 2007.2012.2013 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Southwest Arterial –West Grading Project Iowa Department of Transportation Preconstruction Funding Agreement Iowa DOT Agreement No. 2017-4-001 Iowa DOT Project No. NHSX-032-1 (25)-3H-31 DATE: November 17, 2016 Assistant City Engineer Bob Schiesl recommends City Council approval of a resolution authorizing the Mayor to execute the Iowa Department of Transportation Preconstruction Funding Agreement for the Southwest Arterial –West Grading Project. I concur with the recommendation and respectfully request Mayor and City Council approval. ZV4.14�1 Mic ael C. Van Milligen MCVM:jh Attachment cc: Crenna Brumwell, City Attorney Cindy Steinhauser, Assistant City Manager Teri Goodmann, Assistant City Manager Bob Schiesl, Assistant City Engineer Gus Psihoyos, City Engineer THE CITY OF Dubuque AII11-America CiI.ty UB E1 Masterpiece on the Mississippi 2007.2012.2013 TO: Michael C. Van Milligen, City Manager Gus Psihoyos, City Engineer FROM: Robert Schiesl, Assistant City Engineer SUBJECT: Southwest Arterial -West Grading Project Iowa Department of Transportation Preconstruction Funding Agreement Iowa DOT Agreement No. 2017-4-001 Iowa DOT Project No. NHSX-032-1 (25)--3H-31 DATE: November 16, 2016 INTRODUCTION The enclosed resolution authorizes the Mayor to execute the Iowa Department of Transportation (Iowa DOT) Preconstruction Funding Agreement (Agreement No. 2017- 4-002) for the Southwest Arterial -West Grading project. BACKGROUND Through the continued collaborative partnership between the Iowa DOT staff and the City, the Memorandum of Understanding (MOU), was signed on August 9, 2013, and the Transfer of Roadway Jurisdiction (TOJ), was signed on November 7, 2016. As outlined in the MOU and TOJ, the Iowa DOT and City, in joint cooperation, will Transfer the Jurisdiction of the Southwest Arterial from the City to the State in exchange for the Transfer of Jurisdiction of the Northwest Arterial (or Iowa 32), and portions of existing U.S. 52 / Iowa 3 through downtown Dubuque, from the State to the City. Additionally, the Iowa DOT proposed to re-routing of US 52 and utilization of the Southwest Arterial to carry a portion of re-routed US 52 traffic. The Transfer of Jurisdiction will occur after the Southwest Arterial is completed and open to traffic. Following the execution of the MOU and TOJ, the City is continuing as the lead agency for the multiple project development phases for completing the Southwest Arterial and is responsible for completing the following improvement projects: Project Description Status Final Engineering Design Underway Right-of-Way Property Acquisition Completed BHE Gas Pipeline Utility Relocation Completed BP Gas Pipeline Utility Relocation Summer 2017 North Cascade Road Reconstruction Completed English Mill Road Reconstruction Underway Military Road Reconstruction Summer 2017 As outlined in the MOU and TOJ, when the City completes all the project phases it is responsible for, the Iowa DOT will then take over as lead agency and will be responsible for all remaining costs associated with the construction and completion of the Southwest Arterial, including grading, bridges, interchanges and highway paving. DISCUSSION As part of the Southwest Arterial project, the Iowa DOT is responsible for costs associated with the construction and completion of 4-lane roadway grading from US Highway 20 to US Highway 61-151 . The 4-lane grading will be constructed in two (2) segments, the West Grading project and the East Grading project. The West Grading project will provide for the 4-lane grading of a 2.72 mile roadway segment from English Mill Road to Catfish Creek. The project also provides for grading of ramps A and D for a future middle interchange between English Mill Road and North Cascade Road; grading of a temporary connector road between the Southwest Arterial and North Cascade Road; grading of a shared use path; grading and granular surfacing of a public frontage road (Access Road A) on the south side of proposed Southwest Arterial extending from North Cascade Road easterly approximately 3,450 feet. After the Southwest Arterial is completed and open to traffic, the public frontage road (Access Road A) will be under the jurisdiction of Dubuque County. The City was responsible for the design and property acquisition for the Southwest Arterial - West Grading project. Following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the new public frontage road (Access Road A) will become a Dubuque County road. In accordance with the provisions of Iowa Administrative Code, the City and County will jointly be responsible for all costs associated with the construction of new access control fencing (approx. 3,300 LF) along the southerly side of the frontage road (Access Road A). Dubuque County will be responsible for the future maintenance of the fence. BID RESULTS Sealed bids were received on the project by the Iowa Department of Transportation on July 19, 2016 in Ames. C. J. Moyna & Sons, of Elkader, IA submitted the low bid and was awarded the construction contract in the amount of$8,781 ,030.60. The construction contract cost share for the Southwest Arterial -West Grading project is summarized as follows: Bid Award Iowa Department of Transportation $ 8,759,640.08 City of Dubuque 21 ,390.52 Construction Contract Cost 8.781.030.60 BUDGETIMPACT The estimate of probable cost for the City and County's cost share for the construction of new access control fencing (approx. 3,300 LF) along the southerly side of the frontage road (Access Road A) is summarized as follows: Bid Award Access Control Fencing $ 21 ,390.52 Total Project Cost - City/ County Share $ 21.390.52 The anticipated funding for the project summary is as follows: CIP No. Fund Description Bid Award 300 1287 City - Southwest Arterial CIP $ 10,695.26 Dubuque County 10,695.26 Total Project Funding - City/ County $ 21.390.52 RECOMMENDATION I recommend that the City Council adopt the enclosed resolution and authorize the Mayor to sign the Preconstruction Funding Agreement (Agreement No. 2017-4-001) for the Southwest Arterial - West Grading project. ACTION TO BE TAKEN I respectfully request that the City Council adopt the attached resolution and authorize the Mayor to sign the Iowa Department of Transportation Preconstruction Funding Agreement (Agreement No. 2017-4-001) for the Southwest Arterial - West Grading project. Prepared by: Robert Schiesl, Assistant City Engineer cc: Jim Schnoebelen, Iowa DOT, District 6 Engineer Jenny Larson, Budget Director Anthony Bardgett, Dubuque County Engineer RESOLUTION NO. 395-16 RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2017-4-001) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL - WEST GRADING PROJECT WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, the Iowa DOT and City, in joint cooperation propose to Transfer the Jurisdiction of the Southwest Arterial from the City to the Iowa DOT in exchange for the Transfer of Jurisdiction of the Northwest Arterial (Iowa 32), and portions of existing U.S. 52/Iowa 3 from the Iowa 32/John Deere Road intersection to the intersection of U.S. 61 in downtown Dubuque, from the State to the City, after the Southwest Arterial is completed and open to traffic; and WHEREAS, As outlined in the MOU and TOJ, the Iowa DOT is responsible for costs associated with the construction and completion of 4 -lane roadway grading from US Highway 20 to US Highway 61-151; and WHEREAS, the 4 -lane grading will be constructed in two (2) segments, the West Grading project and the East Grading project. The West Grading project will provide for the 4 -lane grading of a 2.72 mile roadway segment from English Mill Road to Catfish Creek; and; and WHEREAS, the West Grading project will also provide for grading of ramps A and D for a future middle interchange between English Mill Road and North Cascade Road; grading of a temporary connector road between the Southwest Arterial and North Cascade Road; grading of a shared use path; grading and granular surfacing of a public frontage road (Access Road A) on the south side of proposed Southwest Arterial extending from North Cascade Road easterly approximately 3,450 feet. WHEREAS, the City was responsible for the design and property acquisition for the West Grading project. The Iowa DOT is responsible for the costs associated with the construction and completion of the West Grading project; and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the Menards Frontage Road will become a local public City street; and WHEREAS, in accordance with the provisions of Iowa Administrative Code, the City and County will be responsible for all costs associated with the construction of new access control fencing (approx. 3,300 LF) along the southerly side of the frontage road (Access Road A); and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the new public frontage road (Access Road A) will become a Dubuque County road and the County will be responsible for the future maintenance of the fence; and WHEREAS, the estimate of probable cost for the City and County's cost share for the construction of new access control fencing (approx. 3,300 LF) along the southerly side of the frontage road (Access Road A) is summarized as follows: war Access Control Fencing $ 21,390.52 Total Project Cost - City / County Share $ 21,390.52 WHEREAS, the anticipated funding for the project summary is as follows: Fund escriiptio Awarl 3001287 City - Southwest Arterial CIP $ 10,695.26 Dubuque County 10,695.26 Total Project Funding - City / County $ 21,390.52 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. SECTION 2. Whereas, the Iowa DOT and City, in joint cooperation propose to construct the Southwest Arterial - West Grading project, Iowa DOT Project No. NHSX- 032-1 (25)--3H-31. SECTION 3. Whereas, in accordance with the provisions of Iowa Administrative Code, the City and Dubuque County are jointly responsible for the cost for the construction of new access control fencing along the southerly side of the frontage road (Access Road A). SECTION 4. Whereas, the City and Dubuque County hereby agrees to reimburse the Iowa DOT for all costs associated with the construction of new access control fencing along the southerly side of the frontage road (Access Road A). SECTION 5. The Mayor is hereby authorized to execute the Cooperative Preconstruction Funding Agreement (Agreement No. 2017-4-001), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial — West Grading project. Passed, approved and adopted this 21st day of November, 2 P 16. Attest: Kevi ' S. Firnstahl,LCit 'perk Y:\PROJECTS\SOUTHWEST ARTERIAL\West Grading Project (25)\Funding Agreement St 1J Roy D. Buol, Mayor WAD SMARTER I SIMPLER I CUSTOMER DRIVEN wwwdowadot.gov District 6 Office 1 Highway Division 5455 Kirkwood Blvd.SW,Cedar Rapids,IA 52404 Phone:(319)364-0235 1 Fax(319)364-9614 ( Email:jim.schnoebelen@dot.iowa.gov August 3, 2016 REF: NHSX-032-1(25)-3H-31 Dubuque County City of Dubuque Agreement#: 2017-4-001 Staff Action#: N/A The Honorable Roy D. Buol Mayor- City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 SUBJECT: Agreement 2017-4-001 FINAL(Grading of Iowa 32 from English Mill Rd to Catfish Creek) Dear Mayor Buol: Attached are two (2) copies of an agreement between the city of Dubuque, Dubuque County and the Iowa Department of Transportation for the above referenced project. The project involves: Grading of Iowa 32 from English Mill Road to Catfish Creek. The project provides for grading of a 2.72 mile 4-lane roadway; grading of ramps A and D for a future interchange between English Mill Road and North Cascade Road; grading of a temporary connector road between Iowa 32 and North Cascade Road (to be paved on a future project and will be owned and maintained by Dubuque County), grading of a shared use path; grading and granular surfacing of a public frontage road (Access Road A) on the south side of proposed Iowa 32 extending from North Cascade Road easterly approximately 3,450 feet (to be owned and maintained by Dubuque County). Please secure the necessary approvals and signatures of the appropriate city of Dubuque officials and return both signed copies of the agreement to this office for further processing. An original of the fully executed agreement will be forwarded to the city of Dubuque after final signature by our department. If you have any questions concerning this agreement, please contact me at the above listed phone number. Sincerely, qa*.4 �� .. James. R. Schnoebelen, P. Eq �' lln District 6 Engineer _t-) JRS/hmb ) c? M Enclosures (2) 2017-4-001 0 na DOT SMARTER 1 SIMPLER I CUSTOMER DRIVEN November 28, 2016 www.iowadotgov District 6 Office I Highway Division 5455 Kirkwood Blvd. SW, Cedar Rapids, IA 52404 Phone: (319) 364-0235 Fax (319) 364-9614 Email: jim.schnoebelen@dot.iowa.gov The Honorable Roy D. Buol Mayor - City of Dubuque City Hall - 50 West 13th St. Dubuque, IA 52001 REF: NHSX-032-1(25)-3H-31 Dubuque County City of Dubuque Agreement #: 2017-4-001 Staff Action #: N/A SUBJECT: Agreement 2017-4-001 FULLY EXECUTED (Grading of Iowa 32 from English Mill Rd to Catfish Creek) Dear Mayor Buol: Attached is your original of the fully executed Agreement 2017-4-001 between the city of Dubuque, Dubuque County and the Iowa Department of Transportation for the above referenced project. The project involves: Grading of Iowa 32 from English Mill Rd to Catfish Creek. Thank you for your cooperation in the processing of this agreement. Sincerely, James. R. Schnoebelen, P. E. District 6 Engineer JRS/hmb Enclosure: 2017-4-001 cc: Deanne Popp, Local Systems - Ames Daryl Hart, Finance - Ames July 2014 IOWA DEPARTMENT OF TRANSPORTATION Preconstruction Agreement For Primary Road Project County City Project No. Iowa DOT Agreement No. Staff Action No. Dubuque Dubuque NHSX-032-1(25)--3H-31 2017-4-001 NIA This Agreement, is entered into by and between the Iowa Department of Transportation, hereinafter designated the "DOT", and the city of Dubuque, Iowa, a Local Public Agency, hereafter designated the "LPA" in accordance with Iowa Code Chapters 28E, 306, 306A and 313.4 as applicable; The DOT proposes to establish or make improvements to Iowa 32 within Dubuque County, Iowa; and The DOT and the LPA are willing to jointly participate in said project, in the manner hereinafter provided; and The DOT and the LPA previously entered into the following agreement(s) for the above referenced project: Agreement No. 2009-1-020 for right of way acquisition for the Southwest Arterial project was executed by the DOT and LPA on February 4, 2009 and February 2, 2009 respectively; Agreement No. 2009-E-275 for federal funding for the Southwest Arterial from U.S. 20 to U.S. 61/151 was executed by the DOT and LPA on April 22, 2010 and April 19, 2010 respectively; Agreement No. 2013-16-262 for funding and development of the Southwest Arterial project, rerouting of U.S. 52, and associated transfers of jurisdiction was executed by the DOT and LPA on August 9, 2013 and August 9, 2013 respectively; Agreement No. 2014 -TJ -008 for transfers of jurisdiction associated with the Southwest Arterial project is currently under negotiation; Agreement No. 2016-16-207 for improvements to U.S. 20 to address compliance with priority access control adjacent to the U.S. 20 and Iowa 32 interchange improvements (Menard's frontage road) currently under negotiation; Agreement No. 2017-4-002 for grading of Iowa 32 from Seippel Road to English Mill Road including construction of the U.S. 20/Southwest Arterial interchange is currently under negotiation; and This Agreement reflects the current concept of this project which is subject to modification by mutual agreement between the LPA and the DOT; and Therefore, it is agreed as follows: 1. Project Information a. The LPA will design and develop and the DOT will let and inspect construction of the following described project in accordance with the project pians and DOT standard specifications: Grading of Iowa 32 from English Mill Road to Catfish Creek. The project provides for grading of a 2.72 mile 4 -lane roadway; grading of ramps A and D for a future interchange between English Mill Road and North Cascade Road; grading of a temporary connector road between Iowa 32 and North Cascade Road (to be paved on a future project and will be owned and maintained by Dubuque County), grading of a shared use path; grading and granular surfacing of a public frontage road (Access Road A) on the south side of proposed Iowa 32 extending from North Cascade Road easterly approximately 3,450 feet (to be owned and maintained by Dubuque County) (see Exhibit A for location). 2017-4-001_Dubuque 1 July 2014 b. As part of the project, the LPA has requested fencing on a portion of the project at no cost to the DOT. The LPA will be responsible for the cost of the fence. Dubuque County will be responsible for the future maintenance of the fence. c. The DOT will be responsible for the cost of grading the shared use path. The LPA shall accept ownership of the shared use path and responsibility for paving, associated fencing, and future maintenance of the shared use path. 2. Project Costs a. The LPA shall reimburse the DOT for its share of the project costs estimated at $21,390, as shown in Exhibit B. The amount paid by the LPA upon completion of construction and proper billing by the DOT will be determined by the actual quantities in place and the accepted bid at the contract letting. b. The DOT will bear all costs except those allocated to the LPA under other terms of this Agreement. 3. Right of Way and Permits a. Subject to the provisions hereof, the LPA in accordance with 761 Iowa Administrative Code Chapter 150.3(1)c and 150.4(2) will remove or cause to be removed (within the corporate limits) all encroachments or obstructions in the existing primary highway right of way. The LPA will also prevent the erection and/or placement of any structure or obstruction on said right of way or any additional right of way which is acquired for this project including but not limited to private signs, buildings, pumps, and parking areas. b. The DOT will be responsible for the coordination of utility facility adjustments for the primary road project. c. The LPA agrees to relocate all utilities necessary for construction which are located within the existing street or alley right of way, subject to the approval of and without expense to the DOT and in accordance with 761 Iowa Administrative Code Chapter 150.4(5) and the DOT Utility Accommodation Policy. d. With the exception of service connections no new or future utility occupancy of project right of way, nor any future relocations of or alterations to existing utilities within said right of way will be permitted or undertaken by the LPA without the prior written approval of the DOT. All work will be performed in accordance with the Utility Accommodation Policy and other applicable requirements of the DOT. 4. Construction & Maintenance a. The LPA, in cooperation with the DOT, will take whatever steps may be required with respect to the grade lines of the new highway facilities constructed under the project in accordance with Iowa Code section 364.15. The DOT and LPA will work together to minimize potential impacts to properties that may occur as a result of the project. b. Upon completion of the project, no changes in the physical features thereof will be undertaken or permitted without the prior written approval of the DOT. c. Future maintenance of the primary highway within the project area will be carried out in accordance with the terms and conditions contained in 761 Iowa Administrative Code Chapter 150 and Instructional Memorandum 2.110. 2017-4-001_Dubuque 2 July 2014 5. General Provisions a. If the LPA has completed a Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the FIS is modified, amended or revised in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the modification, amendment or revision to the DOT. If the LPA does not have a detailed Flood Insurance Study (FIS) for an area which is affected by the proposed Primary Highway project and the LPA does adopt an FIS in an area affected by the project after the date of this Agreement, the LPA shall promptly provide notice of the FIS to the DOT. b. The LPA will comply with all provisions of the equal employment opportunity requirements prohibiting discrimination and requiring affirmative action to assure equal employment opportunity as required by lowa Code Chapter 216. No person will, on the grounds of age, race, creed, color, sex, sexual orientation, gender identity, national origin, religion, pregnancy, or disability, be excluded from participation in, be denied the benefits of, or be otherwise subjected to discrimination under any program or activity for which State funds are used. c. It is the intent of both (all) parties that no third party beneficiaries be created by this Agreement. d. If any section, provision, or part of this Agreement shall be found to be invalid or unconstitutional, such finding shall riot affect the validity of the Agreement as a whole or any section, provision, or part thereof not found to be invalid or unconstitutional, except to the extent that the original intent of the Agreement cannot be fulfilled. e. This Agreement may be executed in (two) counterparts, each of which so executed will be deemed to be an original. f. This Agreement, as well as the unaffected provisions of any previous agreement(s), addendum(s), and/or amendnlent(s); represents the entire Agreement between the LPA and DOT regarding this project. All previously executed agreements will remain in effect except as amended herein. Any subsequent change or modification to the terms of this Agreement will be in the form of a duly executed amendment to this document. 2017-4-001_Dubuque 3 July 2014 IN WITNESS WHEREOF, each of the parties hereto has executed Agreement No. 2017-4-001 as of the date shown opposite its signature below. CITY OF DUBU r UE: By: Title: Mayor (9, 1, Kevin S. Firnstahi Roy D. B u o 1 who signed said Agreement for and on behalf of Date November 21 2016. , certify that I am the Clerk of the City, and that the City was duly authori.i-d to execute the same on the21 s tday of November , 20 16 Signed: Ci y Clerk of Dubuque, 1 IOWA DEPARTMENT OF TRANSPORTATION: By: <t ronin r -17F(2 �P._ Date i t/ i3 .[ I games R. Schnoebelen District Engineer District 6 2017-4-001_Dubuque 4 , 20 Project Location EXHIBIT A STA. 101+10.00 / BEGIN PROJECT 2017-4-001_Dubuque STA. 244 +85.00 END PROJECT DUBUQUE SOUTHWEST ARTERIAL WEST GRADING DUBUQUE, IOWA NHSX-32-1(25)--3H-31, English Mill Rd to Catfish Creek EXHIBIT B Item No. Item Code Item Unit Contract Unit Price Division 1: IDOT Cost Division 6: City Cost Quantity Total Quantity Total 1 2101-0850001 CLEARING AND GRUBBING ACRE $4,000.00 18.00 $72,000.00 2 2101-0850002 CLEARING AND GRUBBING UNIT $10.50 1,061.00 $11,140.50 3 2102-0425071 SPECIAL BACKFILL CY $20.00 18,284.10 $365,682.00 4 2102-2200000 INTERCEPTING DITCHES AND FLUMES LF $5.00 2,460.00 $12,300.00 5 2102-2624980 CONTRACTOR FURNISHED SELECT TREATMENT CY $9.60 94,117.00 $903,523.20 6 2102-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY $2.70 908,909.20 $2,454,054.84 7 2102-2712015 EXCAVATION, CLASS 12, BOULDERS OR ROCK FRAGMENTS CY $100.00 50.00 $5,000.00 8 2102-2712070 EXCAVATION, CLASS 12, ROADWAY AND BORROW CY $4.70 293,750.00 $1,380,625.00 9 2102-4560000 LOCATING TILE LINES STA $150.00 286.90 $43,035.00 10 2103-0000100 PRESPLITTING OF ROCK CUT SY $20.00 2,675.40 $53,508.00 11 2105-8425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY $4.40 89,534.20 $393,950.48 12 2107-0875100 COMPACTION WITH MOISTURE CONTROL CY $0.10 1,003,026.20 $100,302.62 13 2107-3825025 GRANULAR MATERIAL FOR BLANKET AND SUBDRAIN CY $25.60 7,908.00 $202,444.80 14 2210-0475290 MACADAM STONE BASE TON $50.00 20.00 $1,000.00 15 2312-8260051 GRANULAR SURFACING ON ROAD, CLASS A CRUSHED STONE TON $16.10 2,900.50 $46,698.05 16 2315-8275055 SURFACING, DRIVEWAY TON $16.10 219.00 $3,525.90 17 2402-0425040 FLOODED BACKFILL CY $30.90 5,975.10 $184,630.59 18 2402-2720100 EXCAVATION, CLASS 20, FOR ROADWAY PIPE CULVERT CY $4.00 6,013.20 $24,052.80 19 2416-0100018 APRONS, CONCRETE, 18 IN. DIA. EACH $576.90 8.00 $4,615.20 20 2416-0100024 APRONS, CONCRETE, 24 IN. DIA. EACH $1,040.90 29.00 $30,186.10 21 2416-0100036 APRONS, CONCRETE, 36 IN. DIA. EACH $1,039.20 5.00 $5,196.00 22 2416-0100042 APRONS, CONCRETE, 42 IN. DIA. EACH $1,233.50 4.00 $4,934.00 23 2416-0100054 APRONS, CONCRETE, 54 IN. DIA. EACH $1,618.80 4.00 $6,475.20 24 2416-0100066 APRONS, CONCRETE, 66 IN. DIA. EACH $2,218.50 2.00 $4,437.00 25 2416-1180018 CULVERT, CONCRETE ROADWAY PIPE, 18 IN. DIA. LF $46.60 162.00 $7,549.20 26 2416-1180024 CULVERT, CONCRETE ROADWAY PIPE, 24 IN. DIA. LF $70.80 1,300.00 $92,040.00 27 2416-1180036 CULVERT, CONCRETE ROADWAY PIPE, 36 IN. DIA. LF $116.60 408.00 $47,572.80 28 2416-1180042 CULVERT, CONCRETE ROADWAY PIPE, 42 IN. DIA. LF $141.10 316.00 $44,587.60 29 2416-1180054 CULVERT, CONCRETE ROADWAY PIPE, 54 IN. DIA. LF $170.30 110.00 $18,733.00 30 2416-1240054 CULVERT, 3000D CONCRETE ROADWAY PIPE, 54 IN. DIA. LF $188.30 258.00 $48,581.40 31 2416-1245042 CULVERT, 3750D CONCRETE ROADWAY PIPE, 42 IN. DIA. LF $148.70 300.00 $44,610.00 2017-4-001_Dubuque DUBUQUE SOUTHWEST ARTERIAL WEST GRADING DUBUQUE, IOWA NHSX-32-1(25)--3H-31, English Mill Rd to Catfish Creek EXHIBIT B Item No. 32 Item Code 2416-1245066 Item CULVERT, 3750D CONCRETE ROADWAY PIPE, 66 IN. DIA. Unit LF Contract Unit Price $264.60 Division 1: IDOT Cost Division 6: City Cost Quantity 444.00 Total $117,482.40 Quantity Total 33 2417-0225024 APRONS, METAL, 24 IN. DIA. EACH $475.00 1.00 $475.00 34 2417-1060024 CULVERT, CORRUGATED METAL ROADWAY PIPE, 24 IN. DIA. LF $50.00 10.00 $500.00 35 2422-0360018 APRONS, UNCLASSIFIED, 18 IN. DIA. EACH $450.00 4.00 $1,800.00 36 2422-1722018 CULVERT, UNCLASSIFIED ENTRANCE PIPE, 18 IN. DIA. LF $35.00 98.00 $3,430.00 37 2502-8212024 SUBDRAIN, LONGITUDINAL, (BACKSLOPE) 4 IN. DIA. LF $14.00 723.00 $10,122.00 38 2502-8221304 SUBDRAIN OUTLET, DR -304 EACH $350.00 1.00 $350.00 39 2506-4984000 FLOWABLE MORTAR CY $95.00 483.70 $45,951.50 40 2507-3250005 ENGINEERING FABRIC SY $2.80 8,023.80 $22,466.64 41 2507-6800061 REVETMENT, CLASS E TON $48.90 73.80 $3,608.82 42 2507-8029000 EROSION STONE TON $23.50 5,113.60 $120,169.60 43 2510-6745850 REMOVAL OF PAVEMENT SY $25.00 61.30 $1,532.50 44 2518-6910000 SAFETY CLOSURE EACH $150.00 24.00 $3,600.00 45 2519-2000010 FENCE, CHANNEL CROSSING, TYPE A LF $5.90 686.00 $4,047.40 88.000 $519.20 46 2519-3280000 FENCE, FIELD LF $2.40 13,766.40 $33,039.36 3,319.300 $7,966.32 47 2519-3300400 FIELD FENCE BRACE PANELS EACH $140.00 262.00 $36,680.00 82.000' $11,480.00 48 2519-3300600 FENCE, SAFETY LF $4.95 400.00 $1,980.00 49 2519-3750024 GATE, FIELD FENCE, 24 FT. EACH $475.00 3.000 $1,425.00 50 2524-6765110 REMOVAL OF TYPE A SIGN EACH $250.00 2.00 $500.00 51 2526-8285000 CONSTRUCTION SURVEY LS $40,500.00 1.00 $40,500.00 52 2528-8445110 TRAFFIC CONTROL LS $22,500.00 1.00 $22,500.00 53 2533-4980005 MOBILIZATION LS $180,000.00 1.00 $180,000.00 535 2590-0000020 PROJECT MANAGEMENT* LS $120,000.00 1.00 $120,000.00 54 2599-9999001 SUBGRADE STABILIZATION ACRE $900.00 42.30 $38,070.00 55 2601-2633100 MOWING ACRE $5.00 35.00 $175.00 56 2601-2634100 MULCHING ACRE $1,400.00 96.30 $134,820.00 57 2601-2640350 SPECIAL DITCH CONTROL, WOOD EXCELSIOR MAT SQ $14.00 5,583.00 $78,162.00 58 2601-2642100 STABILIZING CROP - SEEDING AND FERTILIZING ACRE $840.00 96.30 $80,892.00 59 2601 2643110 WATERING FOR SOD, SPECIAL DITCH CONTROL, OR SLOPE PROTECTION MGAL $60.00 330.00 $19,800.00 60 2601-2643300 MOBILIZATION FOR WATERING EACH $350.00 3.00 $1,050.00 61 2601-2643412 TURF REINFORCEMENT MAT, TYPE 2 SQ $45.00 1,680.00 $75,600.00 62 2602-0000020 SILT FENCE LF $3.86 1,956.00 $7,550.16 2017-4-001_Dubuque DUBUQUE SOUTHWEST ARTERIAL WEST GRADING DUBUQUE, IOWA NHSX-32-1(25)--3H-31, English Mill Rd to Catfish Creek EXHIBIT B Item No. Item Code Item Unit Contract Unit Price Division 1: IDOT Cost Division 6: City Cost Quantity Total Quantity Total $4.00 410.000 $1,640.00 2402-2720000 EXCAVATION, CLASS 20 CY $5.00 1,435.000 63 2602-0000030 SILT FENCE FOR DITCH CHECKS LF $1.50 21,806.00 $32,709.00 $276,120.00 64 2602-0000050 SILT BASINS EACH $300.00 128.00 $38,400.00 2418-0000010 TEMPORARY STREAM DIVERSION 65 2602-0000071 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS LF $0.01 23,762.00 $237.62 SY $2.00 66 2602-0000080 REMOVAL OF SILT BASINS EACH $100.00 128.00 $12,800.00 305.000 $6,710.00 67 2602 0000101 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH CHECK LF $1.00 2,377.00 $2,377.00 68 2602-0000130 TEMPORARY SEDIMENT CONTROL BASIN EACH $2,900.00 3.00 $8,700.00 69 2602-0000135 REMOVAL OF TEMPORARY SEDIMENT CONTROL BASIN EACH $500.00 3.00 $1,500.00 70 2602-0000140 MAINTENANCE OF TEMPORARY SEDIMENT CONTROL BASIN EACH $200.00 9.00 $1,800.00 71 2602-0000150 STABILIZED CONSTRUCTION ENTRANCE LF $20.00 300.00 $6,000.00 72 2602-0000160 ROCK CHECK DAM LF $10.00 8,718.00 $87,180.00 73 2602-0000170 MAINTENANCE OF ROCK CHECK DAM EACH $5.00 1,473.00 $7,365.00 74 2602-0000180 REMOVAL OF ROCK CHECK DAM EACH $20.00 491.00 $9,820.00 75 2602 0000312 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 12 IN. DIA. LF $2.54 5,000.00 $12,700.00 76 2602 0000320 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 20 IN. DIA. LF $3.96 41,580.00 $164,656.80 77 2602-0010010 MOBILIZATIONS, EROSION CONTROL EACH $500.00 1.00 $500.00 78 2602-0010020 MOBILIZATIONS, EMERGENCY EROSION CONTROL EACH $1,000.00 1.00 $1,000.00 * item not included on Exhibit B CIP Alternate - OPTION 2, PRECAST 12' X 8' RCBC $8,211,591.08 $346,145.00 2017-4-001_Dubuque $21,390.52 2102-0425070 SPECIAL BACKFILL TON $18.00 240.000 $4,320.00 2104-2710020 EXCAVATION, CLASS 10, CHANNEL CY $4.00 410.000 $1,640.00 2402-2720000 EXCAVATION, CLASS 20 CY $5.00 1,435.000 $7,175.00 2415-2111208 PRECAST CONCRETE CULVERT 12 FT X 8 FT LF $767.00 360.000 $276,120.00 2415 2201208 PRECAST CONCRETE CULVERT STRAIGHT END SECTION 12 FT X 8 FT EACH $24,030.00 2.000 $48,060.00 2418-0000010 TEMPORARY STREAM DIVERSION EACH $1,500.00 1.000 $1,500.00 2507-3250005 ENGINEERING FABRIC SY $2.00 310.000 $620.00 2507-6800061 REVETMENT, CLASS E TON $22.00 305.000 $6,710.00 $346,145.00 2017-4-001_Dubuque $21,390.52 DUBUQUE SOUTHWEST ARTERIAL WEST GRADING DUBUQUE, IOWA NHSX-32-1(25)--3H-31, English Mill Rd to Catfish Creek EXHIBIT B Item No. Item Code Item CIP Alternate - OPTION 2, PRECAST 6' X 6' RCBC Unit Contract Unit Price Division 1: IDOT Cost Division 6: City Cost Quantity Total DOT SHARE: CITY SHARE: TOTAL CONTRACT AMOUNT: 2017-4-001 _Dubuque $201,904.00 $8,759,640.08 $21,390.52 $8,781,030.60 Quantity Total 2102-0425070 SPECIAL BACKFILL TON $18.00 125.000 $2,250.00 2104-2710020 EXCAVATION, CLASS 10, CHANNEL CY $4.00 1,720.000 $6,880.00 2402-2720000 EXCAVATION, CLASS 20 CY $5.00 990.000 $4,950.00 2415-2110606 PRECAST CONCRETE CULVERT 6 FT X 6 FT LF $468.00 288.000 $134,784.00 2415 2200606 PRECAST CONCRETE CULVERT STRAIGHT END SECTION 6 FT X6FT EACH 513,800.00 2.000 $27,600.00 2418-0000010 TEMPORARY STREAM DIVERSION EACH $1,500.00 1.000 $1,500.00 2507-3250005 ENGINEERING FABRIC SY $2.00 1,025.000 $2,050.00 2507-6800061 REVETMENT, CLASS E TON $22.00 995.000 $21,890.00 DOT SHARE: CITY SHARE: TOTAL CONTRACT AMOUNT: 2017-4-001 _Dubuque $201,904.00 $8,759,640.08 $21,390.52 $8,781,030.60 Quantity Total EXHIBIT B DUBIIQUE$OUTHWEST ARTERIAL WESTGRAOING DUBUQUE, IOWA .ylyal..a�. RemItem No. Code Nom Un,., Contract Unit Price Division 11 11)00 Cart Division : City Cost Quantity Total Quantity Total 1 2101-0850001 CLEARING AND GRUBBING ACRE 54000.00 18000 $72,000.00 55.09 $0.00 2 2101-0850002 CLEARING AND GRUBBING UNIT $10.50 1,061.000 511,140.50 5276,120.03 $0.00 3 2102-0425071 SPECIAL BACKFILL CY 520.00 16284.100 5065,682.00 241843300010 50.00 4 2102-2200000 INTERCEPTING DITCHES AND FLUMES LF 55,00 2,460.000 512,300.00 SY 50.00 5 2102-2624980 CONTRACTOR FURNISHED SELECTTREATMENT CY 5060 9$117.000 5903323.20 305.000 50.00 6 2192-2710070 EXCAVATION, CLASS 10, ROADWAY AND BORROW CY 52.70 908,909.200 52,454,054.84 50.00 7 2102-2712015 EXCAVATION, CLASS 12, BOULDERS OR ROCK FRAGMENTS CY $100.00 50.000 55,000.00 5000 6 2102-2712070 EXCAVATION, CLASS 12, ROADWAY AND BORROW CY 54.70 293,750.000 51,380,625.00 50.00 9 2102-4560000 LOCATING TILE LINES STA 5150.00 286.900 543,035.00 50.00 1.0 2193-0000100 36113 ITFING OF ROCK CUT SY 520.00 2,675000 553,508.00 50.00 11 2105-6425015 TOPSOIL, STRIP, SALVAGE AND SPREAD CY 54.40 89,534.200 5393,950.48 50.00 12 2107-0872100 COMPACTION WITH MOISTURE CONTROL CY 5010 1,003026.200 5100302.62 3000 13 2107-3825025 GRANULAR MATERIAL FOR BLANKET AND 50803IN CY 525.60 7,908.000 5202,444.80 50,00 14 2210-0675290 MACADAM STONE BASE TON $50.00 20.000 51,000.00 $0.00 15 2312-8260051 GRANULAR SURFACING ON ROAD, CLASS A CRUSHED STONE TON $16.10 2,900.500 $46,698.05 50.00 16 2315-8275055 SURFACING, DRIVEWAY TON 516.10 219.000 $3,525.90 50.00 17 2402-0425040 FLOODED BACKFILL CY 530.90 5,975.100 5184,630.59 5000 18 2402-2720100 EXCAVATION, CLASS 20, FOR ROADWAY PIPE CULVERT CY 54.00 6,013200 524,052.80 50.00 19 2416.0100018 APRONS, CONCRETE, 1818. DIA. EACH $571.00 8.000 54,615.20 S0.00 20 2416-0100024 APRONS, CONCRETE, 2411, DIA. EACH 51.040.90 29.000 $30,186.10 50.00 21 2416-0100036 APRONS, CONCRETE, 361N. DIA EACH 51,039,20 5.000 55,19600 $0.00 22 2416-0100042 APRONS, CONCRETE, 421N. DIA EACH 51,233.50 4.000 $4,934.00 50.00 23 2416.0100054 APRONS, CONCRETE, 5419. DIA EACH 51,61880 4.000 56,475.20 50.00 24 2416-0100066 APRONS, CONCRETE, 661N. DIA EACH 5221853 2.000 $4,437.00 50.00 25 2416-1180018 CULVERT, CONCRETE ROADWAY PIPE, 181N. DIA IF 546.60 162.000 37,549.20 $000 26 2416-1180024 CULVERT, CONCRETE ROADWAY PIPE, 241N. DIA. LF 570.80 1,300.000 592,040.00 $0.00 27 2416-1180036 CULVERT, CONCRETE ROADWAY PIPE, 361N. DIA. LF 5116.60 408.000 $47,572.80 50.00 28 2416-1180042 CULVERT, CONCRETE ROADWAY PIPE, 421N. DIA. LF 5141.10 316.000 $44,587.60 $0.00 29 2416-1180054 CULVERT, CONCRETE ROADWAY PIPE, 541N. DIA LF 5170.30 110.000 S18,733.00 50.30 30 2416-1240054 CULVERT 3000D CONCRETE ROADWAY PIPE, 54 IN. DIA. LF 5188.30 258.000 $48,581.40 50.00 31 2416-1245042 CULVERT, 3750D CONCRETE ROADWAY PIPE,421N. 01A. LF 5148.70 300.000 544,610.00 50.00 32 2416-1245061501010T, 37500 CONCRETE ROADWAY PIPE, 661N. DIA. LF 5264.60 444.000 $117,482.40 50.00 33 2417-0225024 APRONS, METAL, 241N, DIA EACH $475.00 1.000 5475.00 50.00 34 2417-1060024 CULVERT, CORRUGATED METAL ROADWAY PIPE, 2416. DIA LF 550.00 10.000 $500.00 50.00 35 2422.0360018 APRONS, UNCLASSIFIED, 1819. DIA. EACH 5450.00 4.003 51,800.00 50.00 36 2422-1722018 CULVERT, UNCLASSIFIED ENTRANCE PIPE, 181N. DIA LF $35.00 96.000 $3,430.00 $0.00 37 2502-6212024 508064IN, LONGITUDINAL (BACKSLOPE) 41N. DIA LF 514,00 723.000 310,122.00 50.00 36 2503-8221304 50106616OUTLET, 08-304 EACH 5350.00 1.000 5350.00 50.00 39 2506-4984000 FLOWABLE MORTAR CY $95.00 483.700 $45,951.50 50.00 40 2507-3250005 ENGINEERING FABRIC 55 52.80 8,023.800 522,466.64 50.00 41 2507-6800061 REVETMENT, 51255 E TON $48.90 73.800 53,60882 50.00 42 2507-8029000 E805109 STONE TON 523.53 5,113.600 $120,169.60 50.00 43 251.0-6745850 REMOVAL OF PAVEMENT 59 025.00 61300 51,53250 5000 44 2518-6910000 SAFETY CLOSURE EACH $150.00 24.000 53,600.00 53.00 45 2519-2000010 FENCE, CHANNEL CROSSING,TYPE A LF 55.90 686.000 34,047.40 86.000 3519.20 46 2519-3280000 FENCE, FIELD LF 52.40 13,768400 533,039.36 3,319300 57,96632 47 2519-3300400 FIELD FENCE BRACE PANELS EACH 5140.00 262.000 536,680.00 82.000 511,460.00 48 2519-3300600 FENCE, SAFETY LF 54.95 400.000 $1,980.00 50.00 49 2519-3750024 GATE, FIELD FENCE, 24 FT. EACH 5475.00 50.00 3.000 51,425.00 50 2524-6765110 REMOVAL OF TYPE A SIGN EACH $250.00 2.000 5500.00 50.00 51 2526-8285000 CONSTRUCTION SURVEY 15 540,50000 1.000 540,500.00 50.00 52 2528-8445110 TRAFFIC CONTROL 15 522,500.00 1.000 522,50100 50.00 53 2533-4980005 MOBILIZATION LS $180,000.00 1.000 5180,000.00 50.00 535 2590-0000020 PROJECT MANA6EMENT° LS 5120,000.00 1.000 5120,000.00 50.00 54 2599-9999001.5UBGRADE STABILIZATION ACRE S900.00 42300 $38,070.00 $0.09 55 2601-2633100 MOWING ACRE 55.00 35.000 5175.00 50.30 56 2601-2634100 MULCHING ACRE $1,400.00 96.300 5134,820.00 50.00 57 2601-2640350 SPECIAL DITCH CONTROL, WOOD EXCELSIOR MAT 54. 514.00 5,583.000 578,16200 5000 56 7601-2642100 STABILIZING CROP -SEEDING AND FERTIUZING ACRE 5840.00 96.300 580,892.00 50.00 59 2601-2643110 WATERING FOR 500, SPECIAL DITCH 5083401, OR SLOPE PROTECTION MGAL $60.00 330.000 519,800.00 50.00 W 2601-2643300 MOBILIZATION FOR WATERING EACH $350.00 3.000 51,050.00 5000 61 2601-2643412 TURF REINFORCEMENT MAT, TYPE 2 54. 545.00 1,680.000 575,100.00 $0.00 62 2602.00000205117 FENCE LF $3.86 1,956.000 57,550,16 50.00 63 2602-0030030 SILT FENCE FOR DITCH CHECKS LF 3150 21,806.000 532,709,00 $0.00 64 2602-0000010 SILT 825185 EACH 5300.00 178000 538,400.00 50.00 65 2602-W00071 REMOVAL OF SILT FENCE OR SILT FENCE FOR DITCH CHECKS 1.1 50.01 23,761000 $237.62 50.00 66 260240000080 REMOVAL OF SILT BASINS EACH 5100,00 126.000 512,800.00 50.00 67 2602-0000101 MAINTENANCE OF SILT FENCE OR SILT FENCE FOR DITCH LF 51_00 2,377.000 32377.00 50.00 68 2602-0000130 TEMPORARY SEDIMENT CONTROL BASIN EACH 51900.00 3.000 58,700.00 50.00 69 2602-0030135 REMOVAL OF TEMPORARY SEDIMENT CONTROL BASIN EACH $500.00 3.000 $550.00 $0.00 70 2602.000140 MAINTENANCE OF TEMPORARY SEDIMENT CONTROL BASIN EACH $200.00 9.000 51,800.00 $0,00 71 2602-0000150 STABILIZED CONSTRUCTION ENTRANCE LF $20.00 300.000 56,000.00 50.09 72 26020000160 ROCK CHECK DAM LF 510.00 8,718.000 587,180.W 50.00 73 2602-0000170 MAINTENANCE OF ROCK CHECK DAM EACH $5.00 1,473.000 $7,365.00 50.00 74 2602-0000180 REMOVAL OF ROCK CHECK DAM EACH 520.00 491.000 59,820.00 50,00 75 2602-0000312 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 121N. LF 52.54 5,000.900 $12,700.00 5000 76 2602-0000320 PERIMETER AND SLOPE SEDIMENT CONTROL DEVICE, 201N. LF 53.96 41,580,000 5164,656.80 5300 77 2602-0010010 MOBILIZATIONS, EROSION CONTROL EACH 5500.00 1.000 $500.00 $0.00 78 2602-0310020 MOBILIZATIONS, EMERGENCY EROSION CONTROL EACH 55000.00 1.000 55000.00 30.00 ° Nem not Included 0014816913 8,211,59108 DOT SHARE' $8,759,64008 01Y SHARE: 501,390.12 TOTAL 00NIRACT AMOUME $8,781,031.80 2017-4-001_Dubuque 2102-0425070 SPECIAL BACKFILL TON 318.00 240.000 54,320.00 2104-2710020 EXCAVATION, CLASS 10, CHANNEL CY $4.00 410.000 $5640.00 2402-2720000 E%CAVATION, CLASS 20 CY 55.09 1,435000 57,175.00 2415.2111208 PRECAST CONCRETE CULVERT 12 FT 8 FT LF 5767.30 360.000 5276,120.03 2415-2201208 8 EECASF CONCRETE CULVERT STRAIGHT END SECTION 12 FTX EACH 324,030.00 2,000 548,060.00 241843300010 TEMPORARY STREAM DIVERSION EACH 51,500.00 1.000 $1,100.00 2507-3250005 ENGINEERING FABRIC SY $2.00 310.000 $620.00 2507-6800061 REVETMENT, CLASS E TON $22.00 305.000 56,710.00 DOT SHARE' $8,759,64008 01Y SHARE: 501,390.12 TOTAL 00NIRACT AMOUME $8,781,031.80 2017-4-001_Dubuque 2102-0425070 SPECIAL BACKFILL TON $18.00 125.000 $2,250.00 2104-2710020 EXCAVATION, CLASS 10, CHANNEL CY 34.00 1,720.000 56,880.00 2402-2720300 EXCAVATION, CLASS 20 CY $5.00 990.003 54,950.00 2413-2150601 PRECAST CONCRETE 50181636 1106 FT 11 546502 288.000 5134,784.00 2415-2200606 PRECAST CONCRETE CULVERT STRAIGHT END SECTION 6 FT % EACH $13,500.00 2300 517,630.30 241843000010 TEMPORARY STREAM DIVERSION EACH $1,50(100 1.000 $1,500.00 2507-3250005 ENGINEERING FABRIC 5Y 52,00 1,025.000 $5050.00 7507-6800061 REVETMENT 51255 E TON $22.00 995.000 521,890.09 DOT SHARE' $8,759,64008 01Y SHARE: 501,390.12 TOTAL 00NIRACT AMOUME $8,781,031.80 2017-4-001_Dubuque RESOLUTION NO. 395-16 RESOLUTION APPROVING THE PRECONSTRUCTION FUNDING AGREEMENT (AGREEMENT NO. 2017-4-001) BETWEEN THE CITY OF DUBUQUE AND IOWA DEPARTMENT OF TRANSPORTATION FOR THE SOUTHWEST ARTERIAL - WEST GRADING PROJECT WHEREAS, the Dubuque City Council, the Dubuque County Board of Supervisors, the Dubuque Metropolitan Area Transportation Study (DMATS), the Dubuque Area Chamber of Commerce and the Greater Dubuque Development Corporation have all identified the completion of the Southwest Arterial Project as the No. 1 surface transportation priority in the Dubuque area; and WHEREAS, the City of Dubuque (City) and Iowa Department of Transportation (Iowa DOT) desire to maintain and increase transportation infrastructure while improving safety for the motorist within the City of Dubuque and Dubuque County and acknowledge the mutual benefit to partner on the Southwest Arterial Project; and WHEREAS, the City and the Iowa DOT executed a Memorandum of Understanding (MOU) and a Transfer of Roadway Jurisdiction (TOJ) for the completion of the Southwest Arterial project; and WHEREAS, the Iowa DOT and City, in joint cooperation propose to Transfer the Jurisdiction of the Southwest Arterial from the City to the Iowa DOT in exchange for the Transfer of Jurisdiction of the Northwest Arterial (Iowa 32), and portions of existing U.S. 52/Iowa 3 from the Iowa 32/John Deere Road intersection to the intersection of U.S. 61 in downtown Dubuque, from the State to the City, after the Southwest Arterial is completed and open to traffic; and WHEREAS, As outlined in the MOU and TOJ, the Iowa DOT is responsible for costs associated with the construction and completion of 4 -lane roadway grading from US Highway 20 to US Highway 61-151; and WHEREAS, the 4 -lane grading will be constructed in two (2) segments, the West Grading project and the East Grading project. The West Grading project will provide for the 4 -lane grading of a 2.72 mile roadway segment from English Mill Road to Catfish Creek; and; and WHEREAS, the West Grading project will also provide for grading of ramps A and D for a future middle interchange between English Mill Road and North Cascade Road; grading of a temporary connector road between the Southwest Arterial and North Cascade Road; grading of a shared use path; grading and granular surfacing of a public frontage road (Access Road A) on the south side of proposed Southwest Arterial extending from North Cascade Road easterly approximately 3,450 feet. WHEREAS, the City was responsible for the design and property acquisition for the West Grading project. The Iowa DOT is responsible for the costs associated with the construction and completion of the West Grading project; and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the Menards Frontage Road will become a local public City street; and WHEREAS, in accordance with the provisions of Iowa Administrative Code, the City and County will be responsible for all costs associated with the construction of new access control fencing (approx. 3,300 LF) along the southerly side of the frontage road (Access Road A); and WHEREAS, following the Transfer of Jurisdiction after the Southwest Arterial is completed and open to traffic, the new public frontage road (Access Road A) will become a Dubuque County road and the County will be responsible for the future maintenance of the fence; and WHEREAS, the estimate of probable cost for the City and County's cost share for the construction of new access control fencing (approx. 3,300 LF) along the southerly side of the frontage road (Access Road A) is summarized as follows: ;wa Access Control Fencing $ 21,390.52 Total Project Cost - City / County Share $ 21,390.52 WHEREAS, the anticipated funding for the project summary is as follows: and escription war 3001287 City - Southwest Arterial CIP $ 10,695.26 Dubuque County 10,695.26 Total Project Funding - City / County $ 21,390.52 NOW, THEREFORE, IT IS AGREED BY AND BETWEEN THE PARTIES AS FOLLOWS: SECTION 1. City of Dubuque and the Iowa Department of Transportation hereby agree to partner on the Southwest Arterial Project. SECTION 2. Whereas, the Iowa DOT and City, in joint cooperation propose to construct the Southwest Arterial - West Grading project, Iowa DOT Project No. NHSX- 032-1 (25)--3H-31. SECTION 3. Whereas, in accordance with the provisions of Iowa Administrative Code, the City and Dubuque County are jointly responsible for the cost for the construction of new access control fencing along the southerly side of the frontage road (Access Road A). SECTION 4. Whereas, the City and Dubuque County hereby agrees to reimburse the Iowa DOT for all costs associated with the construction of new access control fencing along the southerly side of the frontage road (Access Road A). SECTION 5. The Mayor is hereby authorized to execute the Cooperative Preconstruction Funding Agreement (Agreement No. 2017-4-001), between the City of Dubuque and the Iowa Department of Transportation for the Southwest Arterial — West Grading project. Passed, approved and adopted this 21st day of November, 2 P 16. Attest: Y:\PROJECTS\SOUTHWEST ARTERIAL\West Grading Project (25)\Funding Agreement (9 Roy D. Buol, Mayor